<<

BID RESULTS CK09MERCER2017-16 COUNTY FACILITIES AND SYSTEMS REPAIR FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND TWO (2) YEARS BASED UPON THE INDEX RATE BID OPENING DATE: NOVEMBER 28,2017

AWARD MULTIPLE CONTRACTS FOR GENERAL TRADES BASED UPON GRAND TOTAL; AWARD THREE CONTRACTS EACH PER SPECIALIZED TRADE; SUBCONTRACTING PERMITTED; MUST HAVE LOW BID FOR GENERAL TRADES, , LOW BID FOR ELECTRICIAN, PAINTER, LOW BID FOR GENERAL TRADES AND CEMENT LOW BIDDER FOR ELECTRICIAN AND HIGH LICENSES/CERTIFICATIONS IF APPLICABLE; ALL WORK PAINTER, CEMENT MASON AND /PIPEFITTER, ASBESTOS REMEDIATION, MASON. ELECTRICIAN WARRANTED FOR ONE YEAR; MATERIALS: 10% MARKUP PLUMBER/PIPEFITTER. LEAD AND MOLD REMEDIATION UP ON MATERIALS; CONTRACT TERM: ONE (1) YEAR WITH THE OPTION TO EXTEND TWO (2) YEARS BASED UPON THE INDEX RATE

CONTRACT TERM:JANUARY 1,2018 TO DECEMBER RES.2018-90 31,2018

NAME OF BIDDER SCOZZARI BUILDERS INC. RICASOLI & SANTIN CONTRACTING CO., INC. J.H WILLIAMS ENTERPRISES INC. GARY KUBIAK& SON ELECTRIC, INC.

ADDRESS 1891 NORTH OLDEN AVENUE 4 FERNDALE AVENUE 231 HAINES DR 12 SHARON ROAD

CITY, STATE, ZIP TRENTON, NJ 08638 MERCERVILLE, NJ 08619 MOORESTOWN , NJ 08057 ROBBINSVILLE, NJ 08691

CONTACT LEONARD J.SCOZZARI ROBERT HEARN JR. JAMES H. WILLIAMS GARY KUBIAK, JR.

TELEPHONE 609 989 1221 609 588 9539 856 793 7114 609 259 8600

FAX 609 989 1262 609 588 6848 856 222 0071 609 259 8606

E-MAIL [email protected] [email protected] [email protected] [email protected]

INSURANCE CERTIFICATE REQUIRED IF AWARDED REQUIRED IF AWARDED REQUIREDIF AWARDED REQUIREDIF AWARDED

INSURANCE AND INDEMNIFICATION SIGNED AND DATED SIGNED AND DATED SIGNED AND DATED SIGNED AND DATED

EXTEND TO COOP YES YES YES YES

SCOZZARI BUILDERS INC. INSERT ESTIMATED NUMBER OF TRADE DISCIPLINE HOURLY TOTAL HOURS RATE

CARPENTER 200 $ 22,000.00 $110.00 $ LABORER CLASS A 600 $ 54,882.00 91.47

IRON WORKER 200 $ 26,400.00 $132.00

WELDER 100 $ 13,200.00 $132.00

EQUIPMENT OPERATOR 200 $ 23,000.00 $115.00

GLAZIER () 200 $ 26,000.00 $130.00 ALL FENCING INCLUDING WOOD, CHAIN LINK, 200 $ 22,000.00 ALUMINUM OR PVC $110.00 MATERIAL ALLOWANCE $ 200,000.00 GRAND TOTAL BID $ 387,482.00

CEMENT MASON 800 $ 110.00 $ 88,000.00

MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00

TOTAL BID $ 98,000.00

RICASOLI SANTIN

ESTIMATED TRADE DISCIPLINE NUMBER INSERT HOURLY RATE TOTAL OF HOURS

$ CARPENTER 200 $ 108.00 21,600.00 $ LABORER CLASS A 600 $ 90.00 54,000.00 $ IRON WORKER 200 $ 135.00 27,000.00 $ 100 $ 135.00 13,500.00

$ EQUIPMENT OPERATOR 200 $ 120.00 24,000.00

$ (WINDOWS) 200 $ 130.00 26,000.00 ALL FENCING INCLUDING $ WOOD, CHAIN LINK, ALUMINUM 200 $ 112.00 22,400.00 OR PVC $ MATERIAL ALLOWANCE 200,000.00 GRAND TOTAL BID $ 388,500.00

RICASOLI SATIN

ELECTRICIAN $ 138.00 $ 82,800.00 600 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00

TOTAL BID $ 92,800.00

PAINTER $ 110.00 $ 44,000.00 400 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00

TOTAL BID $ 54,000.00

CEMENT MASON 800 $ 114.00 $ 91,200.00

MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00

TOTAL BID $ 101,200.00

PLUMBER/PIPEFITTER $ 138.00 $ 82,800.00 600 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00

TOTAL BID $ 92,800.00

GARY KUBIAK & SON ELECTRIC INC.

ELECTRICIAN $ $ 600 130.00 78,000.00 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 88,000.00

HIGH VOLTAGE ELECTRICIAN $ $ 300 170.00 51,000.00 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 61,000.00

J.H WILLIAM ENTERPRISES INC.

ELECTRICIAN $ $ 600 125.00 75,000.00 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 85,000.00

PAINTER $ $ 400 92.00 36,800.00 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 46,800.00

PLUMBER/PIPEFITTER $ $ 600 128.00 76,800.00 MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 86,800.00

HOURLY RATE: ASBESTOS $ $ REMEDIATION AND ABATEMENT 100 145.00 14,500.00 UNDER DIRECTION OF COUNTY CONTRACTED ENGINEERING FIRM MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 24,500.00

HOURLY RATE: LEAD REMEDIATION $ $ AND ABATEMENT UNDER DIRECTION 100 145.00 14,500.00 OF COUNTY CONTRACTED ENGINEERING FIRM MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 24,500.00

HOURLY RATE: MOLD REMEDIATION $ $ AND ABATEMENT UNDER DIRECTION 100 145.00 14,500.00 OF COUNTY CONTRACTED ENGINEERING FIRM MATERIAL ALLOWANCE FOR ABOVE $ 10,000.00 TOTAL BID $ 24,500.00 COUNTY SYSTEMS AND FACILITIES REPAIR FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND TWO (2) YEARS BASED UPON THE INDEX RATE CONTACT: PURCHASING 609 989 6710

INTENT The County of Mercer request bids for the provision of repair, upgrade and stabilization of structures and facility systems to the original design and/or constructed condition, or to reinforce, rehabilitate or upgrade or replace as directed, by the County of Mercer. The County has budgeted $750,000.00 for these services. The awarded contractor shall provide background checks on all employees working on the project. The contract shall be awarded for a period of one (1) year with the option to extend two (2) years based upon the index rate established by the New Jersey Department of Consumer Affairs, Division of Local Government Services. All questions in regards to the bid specifications shall be submitted in writing to [email protected].

As this is a cooperative bid, the awarded vendor(s) may provide the said services herein bid upon to local governmental contracting units located within the County of Mercer without substitution or deviation from specifications. It is understood that purchase orders will be placed directly by the contracting units, subject to the terms of the contract to be awarded by the County of Mercer, and that no additional service or charges will be allowed. HVAC is covered through a separate procurement.

All work shall be performed in accordance with the current International and all applicable Code requirements. Contractors will be utilized on an as needed or emergency basis. No guarantees are made for or implied for the total value of the contract for County only purposes. With the approval of bidders, the awarded contractors may extend this contract to Cooperative Purchasing members located within the County of Mercer. Respondents must be qualified to perform the work and able to provide the required workforce.

WORK HOURS DEFINED The work of this contact is known to be intermittent and often is of an emergency nature. The contractor is to consider this in the preparation of this bid. The contractor shall provide labor as required during regular hours and overtime. Regular Hours: 6:00 AM through 5:00 PM Weekdays Overtime, Weekend and Holiday Overtime shall be paid at 1.3 times the regular hourly rate

REQUIRED TRADES – BIDDERS SHALL HAVE FIVE YEARS EXPERIECE IN PROVIDING THE FOLLOWING. THE COUNTY WILL AWARD SEPARATE CONTRACTS FOR EACH TRADE DISCIPLINE. SUBCONTRACTING IS PERMITTED.

CARPENTRY PAINTING IRON WORK WELDING ELECTRICAL ELECTRICAL LABORER, CLASS A CEMENT MASON EQUIPMENT OPERATOR PIPE FITTER/PLUMBER FENCING: DIGGING COVERED THROUGH GENERAL, HEAVY LABOR RATE AND RATE FOR WOOD OR PVC FENCING AND FOR METAL FENCING WOOD, CHAIN LINK OR PVC

ASBESTOS, LEAD, MOLD REMEDIATION AND ABATEMENT.

The County currently contracts with Engineering firms to oversee work in accordance with DEP Remediation requirements.

CONTRACT AWARD AND TERM Contracts shall be awarded to multiple contractors per the discipline listed in the proposal. The County designee shall act as the . Contracts shall be awarded for a period of one year with an option to extend two (2) years.

BASIS OF BID AWARD Bidders must submit the hourly rate which must include overhead and profit in that rate for the trade disciplines referenced on the proposal pages. Bidders shall submit a blended rate for /foreman hourly rate. The award is based upon hourly rate for each discipline. Bidders must have five years’ experience performing the work for each discipline. The awarded contractors shall utilize the labor rates referenced on the proposal pages when calculating the estimate through the RS Means Estimator or equivalent software.

PROPOSALS SUBMITTED BY THE AWARDED CONTRACTORS When the awarded contractors are contacted for proposals, the County Agency will determine whether a firm-fixed-price proposal or a time and materials proposal shall be provided by the Contractors. The awarded contractors shall submit a detailed proposal based upon their RS Means or equivalent Construction Estimating Software. The County designee shall provide a scope of work to the Contractor.

The County shall require two proposals for each project from the awarded contractors for all projects with an estimated cost exceeding $15,000.00. Contractors shall not exceed a 10% upcharge on Materials.

In the event work being performed will exceed the proposal provided by the awarded Contractor, the County designee must be notified prior to commencement of additional work that requires authorization of a change order.

The County will not pay the awarded the contractors for travel time or the time it takes to provide estimates.

AWARDED CONTRACTORS SHALL SUBSCRIBE TO THE CURRENT VERSION AND UPDATES OF THE RS MEANS CONSTRUCTION ESTIMATOR SOFTWARE OR EQUIVALENT. RS Means provides comprehensive construction, repair and remodeling cost data. Respondents must have access to the online RS Means Construction Estimator or equivalent utilizing the labor rate as provided in the proposal. MeansCostWorks.com provides construction cost data with comprehensive estimating and customization functions. Respondents must have online access to the RSMeans database of unit costs, assemblies, repair and remodeling costs which covers every major category of construction and creates detailed construction cost estimates.

Contractors shall subscribe to the current version and updates of the Construction Estimator. Contractors are able to choose specific labor trades to calculate proposal estimates. The County shall require two proposals for each project from the awarded contractors for all projects with an estimated cost exceeding $15,000.00. Contractors shall not exceed a 15% upcharge on Materials.

MEANSCOSTWORKS.COM MeansCostWorks.com provides 85,000 unit costs, 25,000 building assemblies and 42,000 facilities costs covering new building construction, repair, remodeling, change order, facilities maintenance, and heavy construction. Contractors may use the traditional 16- Division or 50-Division CSI format. All proposals submitted to the County Project Manager must be based upon the estimate generated through the RS Means online COSTWORKS CONSTRUCTION ESTIMATOR OR EQUIVALENT ESTIMATING SOFTWARE.

Estimates shall be generated with RSMeansCOSTWORKS.COM software or equivalent and contractors shall provide the estimate to the County Project Manager. The County Project Manager shall approve the estimates. Invoicing shall be consistent with the estimate provided to the Project Manager. All invoices are required to include the proper purchase order number.

CONTRACTORS QUALIFICATIONS Contractors will be required to have a minimum of 5 years experience in service, installations and repairs of facility systems.

CODES AND STANDARDS All work and materials must conform to all current requirements, codes and standards.

SCOPE OF WORK The work to be performed under this contract will consist of the repair of building structures under the jurisdiction or responsibility of Mercer County. All work performed will be as directed by the County designee and will be accomplished at the site of the building, County facility, or contractor's shop depending upon the specific conditions of the work. The work may consist of, but is not limited to: concrete masonry work, carpentry, building structural repair, plumbing and associated pipe work, electrical repair, ironwork, fencing, welding, glazing, painting, site remediation due to water, smoke or fire damage, clean-up, general labor and related work that may be required to complete these repairs.

The intent of this contract is to repair and stabilize building facilities in Mercer County to the original designed and/or constructed condition, or to reinforce, rehabilitate or upgrade said building/structures as directed by the County designee.

The work may be of an emergent nature; therefore the contractor must have available on short notice, the labor, tools, materials and equipment necessary to perform the work. The ability to begin work on a job site in twenty-four (24) hours notice is a material part of this contract. The contractor shall provide all necessary materials other than those provided by the County and access and handling equipment to perform the quality work in a safe manner.

A responsible officer or representative of the contractor's organization may be expected to make field visits to the various project locations with the County designee prior to actual repair work to determine field conditions as well as any special equipment, rigging, scaffolding, tools, etc. which may be necessary to complete the project as expeditiously as possible. No specific payment will be made for any costs incurred by the contractor for any field visits that may be required as described above. All such costs shall be deemed to be included in the various unit prices bid for the items in the contract. The contractors will be utilized on an as-needed basis and the services and amounts to be contracted are not guaranteed.

No specific payment will be made for the cost of maintaining the labor, tools and equipment at a ready status. Required trade tools and disposable items (gloves, etc.) are the responsibility of the Contractor. The cost of doing so will be deemed to be included in the prices bid for the various scheduled pay items.

Prior to the start of any operation the contractor shall submit, for the County’s approval, the anticipated crew, crew size and the equipment to be used.

WORK HOURS DEFINED The work of this contact is known to be intermittent and often is of an emergency nature. The contractor is to consider this in the preparation of this bid. The contractor shall provide labor as required during regular hours and overtime. Regular Hours: 6:00 AM through 5:00 PM Weekdays Overtime, Weekend and Holiday Overtime shall be paid at 1.3 times the regular hourly rate

SIGN-IN AND SIGN-OUT The Contractor’s crew shall sign in and out at every project site and facility. The crew must sign-in when arriving on premises with the Building Supervisor and sign- out when leaving the premises. This shall include lunch breaks as well. The County will provide the sign-in sheets. An example of a sign-in sheet is provided in this bid document.

INVOICING Awarded contractors shall provide detailed invoicing itemizing each trade rate, materials broken out reflecting cost of materials and 10% upcharge. Proof of purchase is required to be submitted with invoice. If work is performed off-site or mobilization required, billing shall be provided to support invoice. Within ten days of paying your employees, certified payrolls shall be submitted to the county designee.

PROMPT PAYMENT In compliance with N.J.S.A. 2A:30A-1 et seq., the County of Mercer shall impose the following payment process: The County of Mercer shall pay the submitted bill not more than 30 calendar days after the receipt of the bill by the Owner’s Representative if the contractor has performed in accordance with the contract and the work has been approved and certified by the Owner’s Representative. The billing shall be deemed “approved” and “certified” 20 calendar days after the owner’s representative receives it, unless the Owner’s Representative provides, before the end of the 20-day period, a written statement of the amount withheld and the reason for withholding payment.

CHANGE ORDERS All change order requests shall be submitted by the contractor to the Owner’s Representative or County Facility Staff. Changes must be authorized in accordance with N.J.A.C. 5:30-11 et seq. MONTH The contractor shall provide in writing to the County, a monthly report itemizing the cost of all work performed and materials provided. This shall be broken down by each using agency.

OVERHEAD AND PROFIT The contractor shall supply all tools and safety equipment common to the various trades to complete the work required under this contract. The cost thereof shall be included in the various hourly pay items in the proposal. Materials will be paid in accordance with a 10% markup above contractor’s cost.

MATERIALS The County will only pay for materials that have been authorized and used. Contractors shall not exceed a 10% upcharge to wholesale on Materials.

EQUIPMENT A five (5) percent mark-up will be allowed on approved rental equipment. The County will only provide payment for each and every hour the equipment is actually operating. The County will not be responsible for sitting hours of the equipment, due to the Contractor’s inability to perform the work because of delay of man power or materials. The contractor will be allowed 65 percent of the rental rate blue book on contractor- owned construction equipment. The County reserves the right to provide equipment to the awarded contractor.

WARRANTY For all work, Contractors understand to have given a personal guarantee stating that all materials used are of first quality and that the Contractor guarantees its applications against defect from faulty workmanship and/or materials for a period of one (1) year. This is in addition to any guarantee and/or warranty given by the manufacturer of the materials used.

PERMITS If required, the contractor shall be responsible and pay for permits and schedule site visits and inspections.

SECURITY CLEARANCES As a condition of performing work at any County facility and for purposes of determining a person's qualifications as contracted personnel, the contractor shall provide a criminal history record background check for all personnel assigned to work at any County facility.

METHODS OF CONSTRUCTION The work shall consist of repairs to the various and structures owned and/or maintained by Mercer County. Whenever the need or occasion shall arise, the County shall require the contractor to supply materials, tools and equipment, and labor needed to perform the necessary work.

Details of repairs will be provided by the County to the contractor with a detailed scope of work. Work of emergency nature will require that the contractor have available on twenty-four (24) hours notice any of the materials, tools, equipment and personnel necessary to complete the work in a minimum amount of time. IF THE EMERGENCY IS A THREAT TO SAFETY AND BUILDING OCCUPANT, IMMEDIATE ACTION AND EQUIPMENT IS REQUIRED. The Contractor shall provide a 24/7 contact telephone number for their designee should a problem arise, or in the case of an emergency.

STAGING AREA(S) Staging area(s) for repair operations will be agreed upon at the clarification meeting.

CONTRACTOR'S TEMPORARY OFFICE The Contractor is responsible for providing all required temporary office space to perform the work.

WELDING Welding and fabrication of steel structures shall be done in accordance with ANSI/AASHTO/AWS Codes. Certified proof of the qualifications of shall be presented by the contractor before fabrication begins, if requested by the County. This certification shall be from a commercial or public testing laboratory. Qualifications of welders shall be based on the requirements of the American Welding Society Structural Code, AWS based on the requirements of the American Welding Society Structural Code.

DRAWINGS The Contractor shall provide shop drawings to the County Facility Staff for review and County PM shall approve prior to commencement of work.

TEMPORARY CONSTRUCTION The Contractor may be required to make temporary repairs to ensure the environment is safe for the public until permanent repairs can be made.

TEMPORARY TOILETS The Contractor may be required to provide proper and adequate portable, temporary toilet accommodations for all persons employed on the project in accordance with authorities having jurisdiction. Toilets are to be maintained in proper, safe, clean and sanitary manner.

WATER SUPPLY The Contractor may be required to provide, install and maintain all necessary piping, valves, and connections to provide necessary water for its operation. When temporary water lines are no longer required, they shall be removed by the Contractor and any damaged or disturbed grounds or buildings must be restored to their original condition.

TEMPORARY LIGHT AND POWER The Contractor may be required to provide all of the and the necessary facilities for its distribution and use as may be required by the project. If authorized by the County, all temporary may come from inside the existing County facility on which the contractor is working. All temporary electrical facilities shall conform to the requirements of the N.J. Uniform Construction Code, and other authorities having jurisdiction. The Contractor shall operate the temporary electrical system during all working hours and during such overtime as may be scheduled in a safe and appropriate manner.

TEMPORARY HEATING The Contractor may be required to furnish all necessary temporary heating throughout the project. If so, the Contractor shall be responsible for furnishing and paying for all fuel, labor, materials, etc. required to service the necessary temporary heating. The temporary heating apparatus shall be of a type that will not stain, smudge or deface the finished surfaces and other surfaces requiring stain or paint finish, nor in any other way deposit foreign matter that will be detrimental to the finished product.

OCCUPANCY AND WORK BY OTHERS The bidder expressly acknowledges the County’s right to use other contracts and to employ other Contractors in connection with these projects. Should the bidder receive a contract, the bidder will afford other Contractors and their workmen reasonable opportunity for the introduction and storage of materials and equipment and for the execution of their work and will properly coordinate its work with theirs.

FENCING WORK The County shall request fencing including but not limited to Aluminum coated fencing and vinyl clad chain link fencing, wood stockade fencing; includes material, replacement and installation of fencing; installation, resetting of galvanized and vinyl coated line, corner and gate fence posts; drive anchors; barbed wire removal and installation and Specialty Fencing. Materials for fencing must conform to the all current requirements and standards.

WINDOWS Safety and performance ratings for the windows shall meet the National Safety Council standards and the National Fenestration Ratings Council for the following performance: a. U-value b. Air infiltration rate c. Water resistance rating d. Structural performance e. Deglazing f. Rated operating force to open g. Visible light transmittance

MANUFACTURER'S DIRECTIONS The Contractor shall apply, install, connect, erect, use, clean and condition manufactured articles, materials, fixtures and equipment in accordance with the manufacturer's printed directions.

SEE ATTACHED LISTINGS OF MERCER COUNTY FACILITIES.